web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Weapons and ammunition disposal services

Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2016/S 085-150758/EN)
Nature of contract: Supply contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable

Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Weapons, Defence General Munitions (DGM) Project Team
#4115, Fir 1c, ABW
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067983949
Email: DESWpnsDGM-ComrclMultiuser@mod.uk
Internet Address(es):
General address of the contracting authority:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Title attributed to the contract by the contracting authority/entity:
DGM/1801 — Disposal of Surplus/Out of Life Munitions.
II.2) Type of contract and location of works, place of delivery or of performance:
SUPPLIES
Main site or location of works, place of delivery or of performance:
UKK11
II.3) Information on framework agreement
II.4) Short description of nature and scope of works or nature and quantity or value of supplies or services:
In support of MoD’s strategy to have alternative routes in place for the disposal of surplus/shelf life expired munitions across the full munitions inventory, the Defence General Munitions Project Team (DGM PT) is potentially seeking to place an Enabling Arrangement Contract for the provision of a task-based disposal service for a period up to 5 years, for munition transportation from Depots in United Kingdom and Germany and subsequent disposal of ammunition in a safe, environmentally responsible and cost effective way. This task-based service is specifically intended to provide a flexible option to dispose of mixed natures in economic tranches, sometimes at relatively short notice. It is not intended to replicate or duplicate the ‘Housekeeping’ disposal service for which the DGM PT is already contractually committed through the QinetiQ LTPA.
Disposal must be undertaken in accordance with applicable UK, national and EU legislation. Opportunities for recovery and recycling of components/fillings are to be maximised and at a level not less than 50 % by weight. A proven safety record is also required.
DGM PT requires an experienced single contractor, preferably with a UK representative, if not UK based, with a full range of compliant and appropriate facilities, in order to manage the entire range of potential requirements.
Should this requirement proceed, a Contract Notice will be published and you will be invited to complete an online Pre-Qualification Questionnaire, which will be measured against selected criteria in terms of Commercial and Technical requirements.
The weighting will be released within the Pre-Qualification Questionnaire to denote Key User Requirements, Mandatory, Priority 1 and Priority 2 requirements. Evidence will be required to demonstrate the service offered can meet the Authority’s requirements set, which will include but not be limited to capability, capacity, security and experience based on a proven track record.
The closing date for expressing your interest in these requirements and confirming you are capable of meeting it is 10.6.2016.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
90523100
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 31.8.2016
II.7) Additional information:

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2) Conditions for participation
III.2.1) Information about reserved contracts

Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC. Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2016428-DCB-8131738.
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 28.04.2016